J065--Anesthesia Machines PMI SVC VA Greater Los Angeles Healthcare System
ID: 36C26225Q0219Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for preventive maintenance inspection (PMI) and corrective maintenance services for anesthesia machines at the VA Greater Los Angeles Healthcare System. This procurement is specifically set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses the maintenance of various GE anesthesia units, ensuring compliance with manufacturer specifications and Joint Commission Standards. The contract will span a base year plus four option years, from January 16, 2025, to January 15, 2030, with service required five days a week during specified hours. Interested contractors must submit their quotes by December 27, 2024, and can direct inquiries to Contract Specialist Katharine Robert at katharine.robert@va.gov or by phone at 520-001-6670.

    Point(s) of Contact
    Katharine RobertContract Specialist
    (520) 001-6670
    katharine.robert@va.gov
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation Notice outlines the request for quotes (RFQ) for Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for anesthesia machines at the VA Greater Los Angeles Healthcare System. Set aside specifically for 100% Service-Disabled Veteran-Owned Small Business (SDVOSB), this contract encompasses maintenance of various GE anesthesia units, ensuring compliance with manufacturer specifications and Joint Commission Standards. The contract term includes a base year plus four option years, scheduled from January 16, 2025, to January 15, 2030, with service required five days a week during specified hours. Contractors must submit quotes by December 27, 2024, and follow established procedures for inspections, repairs, and reporting. The solicitation emphasizes that all aspects of maintenance and repair—including labor, parts, and travel expenses—are the contractor's responsibility at no cost to the government. Significant details include periodic maintenance frequencies, safety inspections, and the submission of comprehensive service reports. Moreover, the solicitation provides a clear guideline for submission of quotes and inquiries, ensuring that the process adheres to the Federal Acquisition Regulation (FAR) and VA acquisition standards.
    The document outlines an amendment to solicitation number 36C26225Q0219, issued by the Department of Veterans Affairs' NCO 22 - Network Contracting in Tucson, AZ. The amendment provides responses to vendor inquiries regarding the maintenance requirements for anesthesia machines. Key details include that the last servicing of these units occurred in early 2024, and the maintenance includes annual preventive servicing consistent with OEM specifications from GE Healthcare. Additionally, it clarifies that anesthetic gases are procured via other channels, and the machines are designated for human use. The document specifies that this is a continuation of previous services under contract number 36C26220D0012. The inquiry period has now closed, with no further questions accepted. This amendment is essential for ensuring vendors understand the service expectations tied to the solicitation and maintain compliance with existing guidelines and standards. It reflects the VA's ongoing commitment to supporting healthcare services through appropriate contracting and procurement processes.
    The document outlines instructions for offerors responding to a Request for Quote (RFQ) under FAR 52.212-1 for commercial products and services, specifically tailored for Simplified Acquisition Procedures. It includes key information regarding the submission of quotes, requirements for small business size standards, and the importance of adhering to the submission deadline set for December 27, 4:00 pm MST. Offerors, particularly those from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must provide a complete package that includes pricing, technical descriptions, representations and certifications, as well as acknowledgment of any amendments. The document emphasizes the necessity of retaining a firm price for at least 30 days and permits the submission of multiple quotes. Requirements for product samples, acceptance periods, and late submissions are also addressed. The Government reserves the right to consider any quote that meets the RFQ requirements and states that all unsuccessful quoters will not be notified post-selection. Additionally, unique entity identifiers (UEIs) are required for all submissions exceeding the micro-purchase threshold. This guidance aims to facilitate a competitive and inclusive procurement process within federal regulations, particularly benefitting small business concerns in the veteran community.
    The government document outlines the evaluation criteria for commercial products and services under federal solicitations. The primary purpose is to establish a fair selection process for issuing purchase orders to responsible quoters that provide the most advantageous offerings to the government, considering both price and other factors. Key evaluation elements include the technical capability to meet solicitation requirements, past performance assessments indicating the potential likelihood of success, and the total evaluated price calculated by summing all line-item prices and options. The evaluation will compare quotations to identify which provides the best benefit and may select a quotation beyond the lowest price if additional advantages are evident. Quotations must meet minimum requirements, and no alternate quotes are accepted. The document also addresses the evaluation of options, specifically adding potential extension costs to the total price for comprehensive analysis. Overall, this structure aims to ensure that the government achieves optimal value while reviewing and assessing submitted quotations responsibly.
    The VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses outlines eligibility and compliance requirements for businesses seeking to participate in government contracting as certified SDVOSBs. It defines an SDVOSB as a small business that is at least 51 percent owned and controlled by service-disabled veterans, who are certified in the SBA's database. The notice stipulates that only certified SDVOSBs listed in the SBA database may submit offers and receive contract awards under this program. Key provisions include adherence to size standards, limitations on subcontracting (e.g., an SDVOSB contractor can't pay more than 50% of contract amounts to non-certified firms), and compliance with regulations concerning ownership, control, and performance. Joint ventures must also meet eligibility criteria. Any intentional misrepresentation of SDVOSB status could result in debarment for a minimum of five years. This notice underscores the VA's commitment to empowering service-disabled veterans in the marketplace while ensuring regulatory compliance in federal contracting processes.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for contractors concerning subcontracting on service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Contractors are restricted from subcontracting more than 50% of service contracts and 85% of general construction contracts to non-certified firms, while special trade construction contracts allow up to 75%. Compliance with this subcontracting limitation is mandatory, and contractors must provide documentation to verify adherence, which may include invoices or subcontractor lists. Failure to comply can lead to penalties, including fines or prosecution under U.S. law. The certification can only be submitted by authorized representatives, and offers lacking this certification are ineligible for award. This notice is designed to protect the integrity and intent of federal contracting processes aimed at supporting veteran-owned businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J066--3500xL Genetic Analyzer and 7500 FAST PCR System Annual Maintenance Services- Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide annual maintenance services for the 3500xL Genetic Analyzers and 7500 FAST PCR Systems at the Greater Los Angeles VA Healthcare System. The procurement aims to ensure the optimal functioning of critical laboratory equipment through comprehensive preventive and corrective maintenance, emergency repairs, and adherence to manufacturer guidelines. This contract is vital for maintaining the operational efficiency of healthcare services provided to veterans, with a performance period starting March 1, 2025, and extending for one base year plus two optional years. Interested small businesses must submit their quotes by January 21, 2025, to Contract Specialist Jennell Christofaro at jennell.christofaro@va.gov.
    J065--PMR ENDOSCOPES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a firm-fixed-price blanket purchase agreement for planned maintenance and repair services of government-owned endoscopes at the VA San Diego Healthcare System. The procurement aims to ensure the operational readiness and compliance of medical equipment, which is critical for delivering quality healthcare services to veterans. The total award amount is estimated at $34 million, with proposals due by January 17, 2025, at 1:00 PM MST, and services expected to commence from February 14, 2025, through February 13, 2030, including multiple option periods. Interested vendors, particularly certified service-disabled veteran-owned small businesses, should direct inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    J065--VISN 12 Medrad-Bayer CT Contrast Media Injector Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide full-service maintenance for Medrad-Bayer Contrast Injectors across various healthcare facilities within the VISN 12 network. The procurement includes both preventive and corrective maintenance services, with a contract valued at $34 million that spans a base year plus four optional years, ensuring that the equipment maintains an uptime of 97% during the contracted performance periods. This maintenance is critical for the reliable operation of medical equipment used in veteran healthcare, adhering to safety and industry regulations while utilizing OEM parts. Interested vendors should contact Jessica L Hansen at jessica.hansen@va.gov for further details regarding the solicitation process and requirements.
    J065-- Medtronic ValleyLab Electrosurgical Units PM Service **** With Cardinal Change****
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventive maintenance services for Medtronic ValleyLab Electrosurgical Units at the George E. Wahlen VA Medical Center in Salt Lake City, Utah. The contract, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, includes comprehensive services such as repair, loaner equipment, unlimited phone support, software updates, and the use of OEM-certified parts, ensuring compliance with industry standards. This initiative is crucial for maintaining the functionality of essential medical equipment that supports veteran care, with a total award amount estimated at approximately $34 million over a base period from December 30, 2024, to December 29, 2025, and two optional one-year extensions. Interested contractors must submit their offers by January 20, 2025, and can direct inquiries to Contract Specialist Crystal Volmar at crystal.volmar@va.gov or by phone at 303-712-5825.
    J063--36C262-25-AP-1549 | New Require |Swisslog, PM Svc
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide preventive maintenance services for the Pneumatic Tube System at the Southern Arizona VA Health Care System in Tucson, AZ. The procurement aims to identify capable Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses that can perform comprehensive maintenance tasks, including inspections, repairs, and operational checks of various system components as per the TransLogic Maintenance and Service Manual. This initiative is crucial for ensuring the reliability and functionality of essential healthcare equipment within VA facilities. Interested parties must submit their company information and a capability statement by January 23, 2025, at 4:30 PM PST, to Contract Specialist William Cornick at william.cornick@va.gov.
    Sterilizer Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Sterilizer Maintenance Services for the Boston VA Healthcare System. The procurement aims to secure full-service maintenance, including labor, tools, equipment, transportation, and parts necessary for the repair and preventive maintenance of sterilization equipment across three facilities in Boston. This service is critical for ensuring that medical equipment operates in accordance with manufacturer specifications, thereby supporting the healthcare needs of veterans. Interested vendors must submit their capabilities in response to the Performance Work Statement by the specified deadline via email to Subrena Magee at subrena.magee@va.gov, with the contract expected to cover one base year and four option years.
    W065--OR 5 and 6 Endoscope Equipment Lease Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to negotiate a sole source contract with Karl Storz Endoscopy-America Inc. for the lease of gastrointestinal (GI) scope equipment to support the Captain James Lovell Federal Healthcare Facility. This procurement will include equipment leasing, annual preventive maintenance, and both repair and emergency repair services, conducted under the simplified acquisition procedures of 41 U.S.C. 1901. The contract is characterized by a firm fixed price structure for a one-time service, emphasizing the critical nature of the equipment in providing healthcare services. Interested firms must submit their qualifications and capability statements by 10:00 AM (CST) on January 22, 2025, via email to Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov, as no formal solicitation will be issued and telephone inquiries will not be accepted.
    AN15--36C262-25-AP-1533 | 678-25-1-8105-0065 | New Require | CM3050 CRYOSTAT EQUIP MAINT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide annual maintenance services for the HISTOCORE CM 3050 CRYOSTAT at the Southern Arizona VA Health Care System in Tucson, Arizona. The objective is to ensure the equipment is maintained to optimal manufacturer specifications, which includes periodic maintenance, repairs, and technical support, all utilizing 100% certified OEM replacement parts. This maintenance service is crucial for enhancing the reliability of the tissue processor, which was purchased in mid-2023 and is no longer under warranty, thereby protecting the government’s investment. Interested parties must submit their qualifications and capability statements to Contract Specialist William Cornick at william.cornick@va.gov by 4:30 PM PST on January 22, 2025, with the procurement falling under NAICS code 811210 for Electronic and Precision Equipment Repair and Maintenance.
    J049--MOBILE MEDICAL UNIT SERVICE & REPAIR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide mobile medical unit service and repair under solicitation number 36C25725R0022. The procurement aims to ensure the maintenance and operational readiness of mobile medical units, which are critical for delivering healthcare services to veterans. The contract, valued at approximately $9 million, spans five years and includes preventive maintenance and corrective services for vehicle power systems, truck chassis components, and HVAC systems, with a strict response time for emergency calls. Interested parties must submit their proposals by January 24, 2025, at 3 PM Central Time, and can direct inquiries to Contract Specialist Lesley Kitchen at Lesley.Kitchen@va.gov or by phone at 972-708-0818.
    J065--Special Notice: Sources Sought for the Vyntus CPX/Flex-Plan Service Contract at the Jesse Brown VAMC.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research to identify potential vendors for a service contract related to the Vyntus CPX/Flex Plan at the Jesse Brown VA Medical Center in Chicago, Illinois. The contract will encompass a base year plus three option years, focusing on the maintenance, repair, and upgrades of specialized pulmonary and cardiopulmonary testing equipment, specifically requiring expertise with Jaeger Masterscreen, SentrySuite, and Vyntus equipment. This service is critical for ensuring the operational efficiency of diagnostic equipment, thereby minimizing delays in patient care. Interested parties must submit their capability statements by 10:00 AM CST on January 17, 2025, to the Contract Specialist, Della C Bond, at della.bond@va.gov, as no solicitation is currently available.